SOLICITATION NOTICE
R -- DMEA - Synopsis for Strategic and Technical Analyses for Assured Microelectronics II (STAAM2)
- Notice Date
- 11/3/2014
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- H94003-14-R-0026
- Archive Date
- 12/3/2014
- Point of Contact
- Edward I. Kurjanowicz, Phone: 916-231-1527, Nickie Cruthirds, Phone: 916-999-2738
- E-Mail Address
-
Edward.Kurjanowicz@dmea.osd.mil, Nickie.Cruthirds@dmea.osd.mil
(Edward.Kurjanowicz@dmea.osd.mil, Nickie.Cruthirds@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is a pre-solicitation synopsis prepared and posted in accordance with Federal Acquisition Regulation (FAR) Subpart 5.2 to notify potential Offerors of an upcoming solicitation of services for the Defense MicroElectronics Activity (DMEA). This is not a solicitation for proposals. A separate written solicitation will be issued via the FedBizOpps website; please do not request a copy of the solicitation from the contracting office, as one has not yet been developed. Potential Offerors are responsible for monitoring FedBizOpps for the release of the solicitation package and for downloading their own copy of the solicitation package. The solicitation for this requirement will be posted under Request for Proposal (RFP) number H94003-14-R-0026. A Sources Sought Notice for this requirement was previously posted under solicitation number PR4UH4K001. The tentative solicitation issue date is 19 November 2014 and the anticipated solicitation closing date is 22 December 2014. Interested Offerors are advised to consult the actual solicitation, once posted, for official closing dates and times. The forthcoming solicitation will request proposals for Strategic and Technical Analyses for Assured Microelectronics II (STAAM2). This requirement includes professional, scientific, and technology studies, or strategic analyses, using subject matter experts to evaluate the impact of laws, policies, regulations, or economic forces that affect the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs of Department of Defense (DoD) assured supplies of trusted microelectronics. A Performance Work Statement (PWS) will be included in the solicitation. Please note that the Government reserves the right to cancel the proposed solicitation at any time; costs will not be reimbursed for any Offeror responses to this notice or proposal preparation costs. The North American Industrial Classification System (NAICS) Code for the requirement is 541990 for All Other Professional, Scientific, and Technical Services. The small business size standard, as defined by the U.S. Small Business Administration, is $15 Million annual revenue. The proposed procurement has not been set-aside for small businesses. Offerors intending to submit a response to the forthcoming solicitation should ensure that their registration in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/) is current and includes business size status Representations and Certifications for the identified NAICS. The proposed requirement is for commercial services (as defined by FAR 2.101) which will be pursued using the simplified acquisition test procedures at FAR Subpart 13.5. The contract action resulting from solicitation is intended to be issued as a single award requirements contract under FAR 16.503 with firm fixed-price contract line items for services and data. Awarded tasks may also include a cost-reimbursable line item for travel costs, if approved by the Government Contracting Officer. The intended contract period of performance period is anticipated to be for a total of three (3) years, including one (1) base year and two (2) option years (exercised at the discretion of the Government) with annual performance starting approximately December 2014 - January 2015. The anticipated requirements contract ceiling is $5.85M. The proposed services will typically be performed at Contractor-owned facilities, though travel to DMEA offices and other locations may be required in performance of the anticipated contract award. Government points of contact are identified in this synopsis. No response to this announcement is required or requested at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/H94003-14-R-0026/listing.html)
- Record
- SN03564408-W 20141105/141103234354-d16c538bcbb1e844c879dad594c896ba (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |